SOURCES SOUGHT
S -- Solid Waste Removal Services - HON - Sources Sought
- Notice Date
- 1/23/2017
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFIP06031700003
- Archive Date
- 1/23/2018
- Point of Contact
- LaShundra D. Thomas, Phone: 9723524529, Mark Walker, Phone: 972-352-4517
- E-Mail Address
-
ldthomas@bop.gov, mxxxwalker@bop.gov
(ldthomas@bop.gov, mxxxwalker@bop.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Market Survey Questionnaire THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The Bureau of Prisons has a future requirement for a Solid Waste Removal Services located at Federal Detention Center (FDC), Honolulu. The NAICS Code is 562111. The Contractor shall provide the removal and solid waste disposal for FDC Honolulu, located at the Federal Detention Center, 351 Elliott Street, Honolulu, Hawaii 96819. The government will provide a roll-off thirty yard trash compactor/container, model SC-T2-30. The Contractor will provide all necessary equipment/vehicles to remove all solid waste from the compactor. These items must be disposed of in accordance with all Federal, State, and Local laws. The Contractor is solely responsible for full compliance with all Federal State, Local, and Bureau of Prisons laws, policies, rules and regulations. In the event that two or more of the regulations conflict, the strictest of the regulations shall apply. The Contractor shall be responsible for the provision of all equipment, labor, licenses, maintenance, materials, parts, permits, repairs, tools, etc. needed to carry out the requirements of this contract. The Contractor shall remove compacted solid waste from the government provided roll-off, thirty yard trash compactor/container, model SC-T2-30. All pick-ups shall take place at the Rear Dock Sallyport area on the Makai side of the FDC. The Contractor will provide a truck capable of handling the roll-off thirty yard trash compactor/container, model SC-T2-30. All materials located within the container upon removal become the property and responsibility of the Contractor. All licenses, permits and fees related to the removal and solid waste disposal shall be the responsibility of the Contractor. The Contractor shall ensure that all containers removed from the FDC are cleaned when returned. In the event the waste is trapped in the receiving unit, the Contractor is responsible for emptying the unit. The Contractor shall be responsible for all spills and related clean-up costs when spills occur as a result of equipment or container failure. Contractor shall ensure dumpster container locations are clean prior to removing the container from the area. Removal and return of the container will be provided on Tuesday each week between 7am-12pm, 52 weeks per year, for a total of 52 'pulls' per year. Fifty-two 'pulls' of the container are subjected to change either by increasing or decreasing 'pulls' throughout the year by the government. If a scheduled 'pull' falls on a Federal holiday, the 'pull' shall be made on the next day. Access to the FDC shall only be authorized during the assigned schedule pick-ups. The Contractor is not allowed to alternate this schedule without prior approval from the COR. A Government solicitation document to provide these services is being developed, and a contract may or may not result. Market research is being conducted to determine interest and capability of potential sources for this requirement. All information submitted in response to this announcement is voluntary the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Market Survey Questionnaire will be available on or about January 23, 2017, and will be distributed solely through Federal Business Opportunities. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. Faith-Based and Community-Based Organizations can submit offers/quotes equally with other organizations for contracts for which they are eligible. The response date for the market survey is Tuesday, February 21, 2017. No collect calls will be accepted. No telephone request or written requests for the market survey will be accepted. All responses to the Market Survey Questionnaire must be submitted via email to ldthomas@bop.gov. If you have any questions, please send all correspondence to the aforementioned email. Please note: All contractors doing business with the Federal Government must be registered in the System For Award Management (SAM) database. The website for registration is https://www.sam.gov/portal/SAM/#1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFIP06031700003/listing.html)
- Place of Performance
- Address: Federal Detention Center (FDC) Honolulu, 351 Elliott Street, Honolulu, Hawaii, 96819, United States
- Zip Code: 96819
- Zip Code: 96819
- Record
- SN04377899-W 20170125/170123234301-5e9842fb1a64d1e1552b0e54319562e1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |